Loading...
HomeMy WebLinkAbout05/05/1998, C-3 - WATER AND SEWERMAIN IMPROVEMENT PROJECT: MORRO & WALNUT, SPECIFICATION NO. 98-75. council 'ay 5, 1998 j acEnoa RepoRt 1=N.ba 03 C FT Y OF SAN LUIS OBI SPO FROM: Michael D. McCluskey, Director of Public Works Prepared By: Barbara Lynch, Civil Engineer SUBJECT: WATER AND SEWERMAIN IMPROVEMENT PROJECT: MORRO& WALNUT, SPECIFICATION NO. 98-75. CAO RECON MMNDATION 1) Approve the award to and execute a contract with John Madonna Construction in the amount of$112,930 for the Water and Sewermain Improvement Project: Morro& Walnut. 2) Authorize the Major to execute the contract. DISCUSSION On March 1711 the City Council authorized staff to advertise for bids for Water and Sewermain Improvement Project: Morro & Walnut. Bids were opened on April 14". The bids for the watermain portion were over the Engineer's Estimate. The bids were within the budgets available to support these projects. CONCURRENCES The Utilities Department has reviewed the bids and requested award. FISCAL E%IPACT The waterline improvement project is identified in the 1997-99 Financial Plan,Appendix B, Page 53. The sewerline improvement project is identified in the 1997-99 Financial Plan, Appendix B, Page 66. Fund Water Sewer Engineer's Estimate: 64,000 37,500 Contingencies: 6,400 3,700 Total Estimate: 65,000 40,000 Bids: 75,580 37,350 Contingencies: 7,500 4,000 Total Project Budget: 83,080 41,350 Available Budget: 1,000,000 452,000 ALTERNATIVES Staff can re-bid the project;however, a decrease in the bid prices is not expected. ATTACHMENTS Bid Summary Contract mnAx e.3-/ CITY OF SAN LUIS OBISPO: BID S'" MARY SHEET Page 1 of 1 'Project'' Water&Sewermain ImprovL d Project:Morro&Walnut -No.: 98-75 Bid Opening: 4/14/98 Estimated follownn dates: Project Engineer. Barbara Lynch Award: 5/5/98 Request for bondslms: 5/8/98 Pre job: 5/27/98 BID II'EM&DESCRIPYION er's Estimate John Madonna NWonna UNIT TOTAL UNIT TOTAL UNIT TOTAL No. ITEM UNIT QUAN PRICE PRICE PRICE PRICE PRICE PRICE 1 200 mm waterline M 203 170 $34,510.00 240.00 $48,720.00 245.00 $49,735.00 2 Type 1 water service EA 3 500 $1,500.00 520.00 $1,560.00 750.00 $2,250.00 3 Type 2 water service EA 4 goo $3,200.00 900.00 $3,600.00 750.00 $3,000.00 4 Replace manifold EA 4 20001 $8,000.00 1500.00 $6,000.00 1000.001 $4,000.00 5 Replace 50mm service EA 2 1400 $2,800.00 1500.00 $3,000.00 1000.00 $2,000.00 6 Replace 25mm service EA 2 1300 $2,600.00 1100.00 $2,200.00 500.00 $1,000.00 7 Fm hydrant assembly EA 1 2500 $2,500.00 3500.00 53,500.00 2500.00 $2,500.00 8 Tie in Walnut LS 1 3000 $3,000.00 1600.00 $1,600.00 1500.00 $1,500.00 9 Tie inMoao/Wahmt LS 1 4000 S4,000.00 1300.00 $1,300.00 1500.00 51,500.00 10 Tie in Morro/Peach I.5 1 30001 $3,000.00 1300.00 $1,300.00 1500.00 $000.00 11 Abandon/Remove wafer LS 1 2500 $2,500.00 2800.00 $2,800.00 1000.00 $1,000.00 12 200mm sewerlme M 109 250 $27,250.00 220.00 $23,980.00 370.00 $40,330.00 13 MH EA 2 3000 $6,000.00 3200.00 $6,400.00 3500.00 $7,000.00 14 Laterals EA 6 250 $1,500.00 220.00 $120.00 150.00 $900.00 15 Removesewnrfincam IS 1 1500 $1,500.00 1650.001 $1,650.00 3000.00 51,000.00 16 Comply with OSHA I.5 1 1000 $1,000.00 4000.001 $4,000.00 5000.001 $5,000.00 TOTAL: $104,860.00 $112,930.00 $126,215.00 Water TotaL• $67,610.00 $75,580.00 $69,985.00 Sewer Total: $37,250.00 537,350.00 $56,230.00 BID ITEM&DESCRIPTION RMR R.Bndm Whitaker UNIT TOTAL UNIT TOTAL UNIT TOTAL No. ITEM UNIT QUAN PRICE PRICE PRICE PRICE PRICE PRICE 1 200 mm waterline M 203 230.00 $46,690.00 230.00 $46,690.00 280.00 $56,840.00 2 Type 1 water service EA 3 900.00 52,700.00 1300.00 $3,900.00 1300.00 53,900.00 3 Type 2 water service EA 4 900.00 53,600.00 1800.00 $7,200.00 1250.00 $5,000.00 4 Replacemanifold EA 1 4 2000.001 $8,000.00 2000.00 $8,000.00 970.00 $3,880.00 5 Replace 50mm service EA 2 3200.00 $6,400.00 1200.00 $2,400.00 1100.00 52,200.00 6 Replace 25mm service EA 2 2800.00 $5,600.00 1000.00 $2,000.00 990.00 $1,980.00 7 Fere hydrant naeembly EA 1 4000.00 $4,000.00 4500.00 $4,500.00 3000.00 $3,000.00 8 Tic in Walnut IS 1 2000.00 $2,000.00 2000.00 $2,000.00 3600.00 $3,600.00 9 Tic inMouo/Walmrt is 1 1500.00 $1,500.00 1500.00 51,500.00 3700.00 53,700.00 10 Ire m Morro/Peach LS 1 1500.00 $1,500.00 1400.00 $1,400.00 3100.00 $3,100.00 11 Abandon/Remove wafer IS 1 2000.00 $2,000.00 1500.00 $1,500.00 1600.00 $1,600.00 12 200mm•^w=rte- M 109 280.00 $30,520.00 300.00 $32,700.00 215.00 $23,435.00 13 MH EA 2 2700.00 $5,400.00 5000.00 $10,DOO.00 6500.00 $13,000.00 14 Laterals EA 6 550.00 $300.00 600.00 $3,600.00 900.00 $5,400.00 15 Removesewedine/M11 LS 11, 3000.00 $3,000.00 5000.00 S5,0o0.00 3500.00 $3,500.00 16 Comply with OSHA LS1 4500.00 $4,500.00 2000.00 $2,000.00 1000.00 $1,000.00 TOTAL: $130,710.00 $134,390.00 $135,135.00 $&3,990.00 $81,090.00 588,800.00 $46,720.00 $53,300.00 $46,335.00 c-3-a- t ry CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of 19�by.and between the City of San Luis Obispo, San Luis Obispo County, California,hereinafter called the Owner, and John Madonna Construction hereinafter called the Contractor. WITNESSETH: That the Owner and the Contractor for the considerationstated herein agree as follows: ARTICLE 1,SCOPE OF WORK. The Contractor shall perform everything required to be performed,shall provide and furnish all of the labor,materials,necessary tools,expendable equipment,and all utility and transportation services required to complete all the work of construction of Water and Sewermain ImprovementProiect:Morro&Walnut.Specification No 98-75 in strict accordance with the plans and specificationstherefor,including any and all Addenda,adopted by the Owner,in strict compliance with the Contract Documents hereinafterenumerated. It is agreed that said labor,materials,tools,equipment,and services shall be-fumished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE 11, CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the:faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contractprices as follows: Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figwes) (in,figu res) 1. 200 mm waterline M 203 240.00 $48;720.00' 2. Type 1 water service EA 3 520.00 $1,560:00' . 3. Type 2 water service EA 4 900.00 $3,600.00 4. Replace Manifold EA 4 1500.00 $61000.00- 5. Replace 50mm service EA. 2 1500.00 $3;000;00. . 6. Replace.25mm service EA 2 . 1100.00 $2;200:00 7. Fine.hydrant assembly with 2 EA 1 3500.00 $3,500.00; hydrant reflectors 8.. Tie in at Walnut hydrant LS 1 .1..60000 . 9. Tie in at Morro/Walnut LS 1 1300,00. $.1300:00` 10. Tie in at Morro/Peach LS 1 1300.00 $130000; 11. Abandon/remove existing LS 1 2800.00 $21'800:00. waterlines and appurtenances 12. 200 mm.sewerline M 109 220.00 $23;980.00 13. Sewer manholes EA 2 3200.00 $6,400.00 14. Connect sewer laterals EA 6 220.00 $1,320.00 15. Remove sewerlineand manhole LS 1 1650.00 $1,650.00 16. Comply with OSHA LS 1 4000.00 $4,000.00 BID TOTAL: 5 112,930.00 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract Should any dispute arise respecting the true value of any work omitted,or of any extra work which the Contractormay be required to do,or respecting the size of any payment to the Contractor,during the performance of this Contract,said dispute shall be decided by the Owner and its decision shall be final,and conclusive. ARTICLE III,COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as felly a part thereof as if herein set out in full,if not attached,as if hereto attached- 1. ttached1. Notice to Contractors and information for bidders. 2. Contract General Conditions and Technical Specifications. 3. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire, 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is finther expressly agreed.by and between the:parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor,.ther this instrument.shall control and nothing herein shall be considered as an acceptance of the said term of said proposal conflicting herewith. IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS.OBISPO, A Municipal Corporation City Administ ativeOfficer APPROVED AS TO FORM: CONTRACTOR John Madonna Construction -2- -3 -�